Notice Information
Notice Title
Second Variation Agreement to the contract for the provision of goods and services to support the UK Covid-19 Testing Strategy
Notice Description
Lot Information
Lot 1
Labour and equipment to accommodate end point PCR - PS1,179,565End point PCR running costs - PS31.05m
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02c202
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/014990-2021
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
85145000 - Services provided by medical laboratories
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £114,150,000 £100M-£1B
Notice Dates
- Publication Date
- 30 Jun 20214 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 7 Jan 20215 years ago
- Contract Period
- 23 Aug 2020 - 14 Jun 2021 6-12 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Not Specified
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT OF HEALTH AND SOCIAL CARE
- Contact Name
- Not specified
- Contact Email
- procurement.operations@dhsc.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- SW1H 0EU
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02c202-2021-06-30T17:55:23+01:00",
"date": "2021-06-30T17:55:23+01:00",
"ocid": "ocds-h6vhtk-02c202",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-02c202",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Second Variation Agreement to the contract for the provision of goods and services to support the UK Covid-19 Testing Strategy",
"classification": {
"scheme": "CPV",
"id": "85145000",
"description": "Services provided by medical laboratories"
},
"mainProcurementCategory": "services",
"lots": [
{
"id": "1",
"description": "Labour and equipment to accommodate end point PCR - PS1,179,565End point PCR running costs - PS31.05m",
"contractPeriod": {
"startDate": "2020-03-25T00:00:00Z",
"endDate": "2021-06-14T23:59:59+01:00"
}
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
]
},
"awards": [
{
"id": "014990-2021-C13789-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-21114",
"name": "UK Biocentre Limited"
}
]
}
],
"parties": [
{
"id": "GB-FTS-43",
"name": "Department of Health and Social Care",
"identifier": {
"legalName": "Department of Health and Social Care"
},
"address": {
"streetAddress": "39 Victoria Street",
"locality": "London",
"region": "UKI32",
"postalCode": "SW1H 0EU",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "Procurement.Operations@dhsc.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-of-health-and-social-care",
"buyerProfile": "https://www.gov.uk/government/organisations/department-of-health-and-social-care"
}
},
{
"id": "GB-FTS-21114",
"name": "UK Biocentre Limited",
"identifier": {
"legalName": "UK Biocentre Limited",
"id": "07618653"
},
"address": {
"streetAddress": "Units 1 & 2, Spectrum Way Adswood, Stockport",
"locality": "Cheshire",
"region": "UK",
"postalCode": "SK3 0SA",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-497",
"name": "The High Court",
"identifier": {
"legalName": "The High Court"
},
"address": {
"streetAddress": "Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "generaloffice@administrativecourtoffice.justice.gov.uk"
},
"roles": [
"reviewBody",
"reviewContactPoint"
],
"details": {
"url": "https://www.gov.uk/courts-tribunals"
}
}
],
"buyer": {
"id": "GB-FTS-43",
"name": "Department of Health and Social Care"
},
"contracts": [
{
"id": "014990-2021-C13789-1",
"awardID": "014990-2021-C13789-1",
"status": "active",
"value": {
"amount": 114150000,
"currency": "GBP"
},
"dateSigned": "2021-01-07T00:00:00Z",
"period": {
"startDate": "2020-08-24T00:00:00+01:00",
"endDate": "2021-06-14T23:59:59+01:00"
},
"items": [
{
"id": "1",
"classification": {
"scheme": "CPV",
"id": "85145000",
"description": "Services provided by medical laboratories"
},
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"amendments": [
{
"id": "1",
"description": "Works and additional operational costs to facilitate the use of ultra-high throughput ePCR to support the National Testing Programme.Labour and equipment to accommodate end point PCR - PS1,179,565End point PCR running costs - PS31.05m",
"rationale": "Need for additional works, services or supplies by the original contractor/concessionaire: The modifications were undertaken pursuant to Regulation 72(1)(b) of the Public Contract Regulations 2015. As part of the national testing programme, new high throughput ePCR technology was required in order to meet national demand for testing services. Previous proof of concept activity undertaken by UK Biocentre in its Milton Keynes lab means that it had LGC machines already installed and existing experience of operation of ePCR. Moving the ePCR services to a new facility for a period which is potentially less than a year would cause significant inconvenience and/or substantial duplication of costs for DHSC. The increase in price from the modification does not exceed 50% of the value of the original contract."
}
]
}
],
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:467935-2020:TEXT:EN:HTML"
}
],
"language": "en"
}